Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2002 FBO #0371
SOLICITATION NOTICE

X -- PMI 2003 Job Fair Site Services

Notice Date
12/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Office of Personnel Management, Office of Contracting and Administrative Services, Contracting Division, 1900 E Street, N.W., Room 1342, Washington, DC, 20415-7710
 
ZIP Code
20415-7710
 
Solicitation Number
OPM-SL03000000004
 
Archive Date
1/11/2003
 
Point of Contact
Judy Brader, Contract Specialist, Phone (202) 606-1924, Fax (202) 606-1464,
 
E-Mail Address
jcbrader@opm.gov
 
Description
1. SUPPLIES OR SERVICES AND PRICES/COST DESCRIPTION OF SERVICES The Contractor shall provide conference facilities, audiovisual support and food services for the Presidential Management Intern Program Job Fair. 1000 Base Period: Offeror should indicate here their proposed dates for the conference: ___________________________. ITEM SERVICE EST. UNIT QTY. PRICE AMOUNT 1001 Conference Facilities to include storage, office, food service, electrical service availability for use by exhibitors and registration areas Minimum of 110,000 square feet 1$_________ $__________ Space Requirements 1002a Auditorium with stage and podium to accommodate 600 persons 1$_________ $__________ 1002b Hall for 100 6ft. tables 1$_________ $__________ 1002c Hall for 200 4ft. Tables 1$_________ $__________ 1002d Storage to include medical and photocopying services. Rooms must be lockable. 2$_________ $__________ 1003 Food Services for 1000 Attendees 1003a Morning Coffee Service 2$_________ $__________ 1003b Break Coffee Service 4$_________ $__________ (AM and PM) 1004 Audiovisual Services PROVIDE PRICE LISTS TOTAL PRICE $__________ In addition, contracting facility must provide three breakouts to accommodate photocopying, medical services and storage. PLEASE NOTE: Food service is needed only for days 2 and 3. PART: U.S. GOVERNTMENT PROCUREMENTS SUBPART: CLASSCOD: OFFAD: U.S. Office of Personnel Management, Contracting Division, 1900 E. Street, NW, Room 7520, Washington, DC 20415-7710 SUBJECT: Site Services for 2003 PMI Job Fair DUE: December 27, 2002 2. STATEMENT OF WORK This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR subpart 12. Solicitation number is OPM-SL03000000004 and is issued as a Request for Proposals (RFP). This solicitation incorporates Federal Acquisition Regulation provisions and clauses in effect through Federal Acquisition Circular 2001-09. Incorporated by reference are FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.2l2-2, Evaluation-Commercial Items; FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions-Commercial Items Required to Implement Statutes or Executive Orders-Commercial Items. No additional FAR clauses apply. This procurement has not been set aside. The North American Industrial Classification System (NAICS) code is 531120, lessors of nonresidential buildings, with a small business size standard of $5 Million in average annual gross sales over the past three years . 2. STATEMENT OF WORK The U.S. Office of Personnel Management (OPM), Philadelphia Service Center, Presidential Management Intern (PMI) Program Office is seeking a conference facility, within 25 miles of Washington, DC for its annual PMI Job Fair for the year 2003. Background: The PMI Job Fair is an annual event sponsored by OPM's PMI to facilitate the placement of PMIs with Federal agencies. Location: Site must be within 30 miles of Washington, DC. Restaurants and eating facilities appropriate to meet the diverse needs of 500 - 1000 people must be within reasonable walking/driving distance of the conference facility. Job Fair Duration: The Job Fair will be 3 days duration, beginning and ending between Monday and Friday. Job Fair Timing Requirements: The conference will be in early April. Preferred dates are: First choice: April 14, 15 and 16, 2003 Second choice: April 28, 29 and 30, 2003 Room Requirements: The contractor should provide an auditorium with a seating capacity for approximately 600 attendees to be used on the first day and a seating capacity for approximately 100 attendees to be used on the second day of the Job Fair. The auditorium must have a good sound system. Microphones (1 podium, 4 tabletop and 2 wireless hand-held), a podium and a panel table (to seat 4 people) will be needed in the auditorium. Also, the contractor should provide either two halls, one that will hold 100 exhibit booths with six-foot tables for the open job fair, and a separate hall for private interviews (conveniently located to the first hall) that will hold 150-200 exhibit booths with four-foot tables, or one hall that will hold said booths with a clear demarcation between the Job Fair and the Interview areas. Each exhibit booth will have pipe and drape walls for privacy, booth identification signs, cloth covered table, three chairs and a trash can. Tables in the Job Fair hall must have access to electrical outlets. All rooms should have their own controls for light, heat, air, and sound. Contractor must provide floor plan for the two halls. One exhibit hall large enough to hold tables listed above would also be acceptable vs. two separate halls. Registration/Check-in/Information Area: The contractor should provide registration area in pre-function space to accommodate registration for 600 participants adjacent to the auditorium. A house phone should be located at one of the registration tables and a message board should be near the phone. The registration area should also be large enough to accommodate two eight foot display tables side by side and up to 6 chairs, two six foot tables for material distribution, and space for a photo copier. The tables used must have cloth covering. Meals and Breaks: The contractor should provide the following: * Morning break on the 2nd and 3rd day. Juice, coffee, decaf, and tea, danish, donuts, bagels. * Mid-morning and mid-afternoon break on the 2nd and 3rd day. Coffee breaks to include coffee, decaf, and hot tea in the mornings and coffee, decaf, tea, iced tea/lemonade and soda in the afternoon and a light snack. Transportation Requirements: The facility must be accessible to the public (including persons with disabilities). Pricing and Discounts: Consideration will be given to facilities that include additional services or discounts as part of the service contract. 3. PROPOSAL PREPARATION INSTRUCTIONS All proposals must be received prior to December 27, 2002, at 3:00 p.m., Eastern Standard Time. Proposals that are received after this date and time will not be considered. Fax proposals are acceptable and may be faxed to (202) 606-1464. They may also be sent to: US Office of Personnel Management Contracting Division ATTN: OPM-SL03000000004 Room 7520 1900 E Street, NW Washington DC 20415 7710 Technical Proposal Technical proposal will contain the following: * Dates available. * Location of property proposed and full description of the facilities. Also provide layout of conference facilities proposed, including seating capacities, and availability of these rooms. Describe how you will meet the requirements for office space, storage and conference registration area. Include additional eating establishments for participants. * Provide a description of your on-site audiovisual services, to include the type of sound systems that will be used in the auditorium. * Provide 3 references with name and telephone number for training events of a similar nature held within the past 3 years. Cost Proposal Offeror's must complete Section 1, Supplies or Services and Prices/Costs. 4. EVALUATION AND AWARD The Government will make award to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the government considering cost or price and technical factors listed below. For this solicitation, technical quality will be given significantly greater weight than cost/price. Proposals will be evaluated in two areas, technical and cost. The technical portion of the proposal will be a very important consideration in the award of the contract and should therefore be as complete as possible. The merit of each proposal will be carefully evaluated in context with the requirements of this solicitation. The evaluation will be based on technical and administrative capabilities of Offerors in relation to the needs of the Government and the reasonableness of cost in relation to the work to be done. Technical proposals will be evaluated in terms of the quality and relevance or information presented. The following factors, which are in descending order of importance, shall be used to evaluate offers: Dates within the month of April Facility location within 30 miles of Washington, DC Quality of Conference Space Ability to provide audio sound system Food service capabilities Past Performance Offerors who include in their technical proposal a plan to hire welfare recipients for positions under a contract awarded resultant from this solicitation or who have established a company-wide plan for employment of welfare recipients, will be awarded bonus points in the evaluation of their proposal. Cost proposals: Complete and submit Section1. The Government will evaluate price on the basis of the total offered estimated price for providing all the services listed in this solicitation. Technical merit is significantly more important than cost. The Government reserves the right to award a contract to a technically superior offeror who is higher in cost. When technical proposals are evaluated as essentially equal, cost may be the deciding factor. Award will be made to the responsible and technically acceptable offeror whose proposal is determined to offer the greatest value to the Government, considering primarily technical excellence, and secondarily cost/price, and other factors considered. Contract award. The Government may evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any and all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
 
Place of Performance
Address: Washington, DC
 
Record
SN00218487-W 20021208/021206213723 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.